Kentucky Bids > Bid Detail

Q508--LOCUM-Onsite Hematology Oncology Physician Service-603

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159216193306670
Posted Date: Feb 13, 2023
Due Date: Feb 27, 2023
Solicitation No: 36C24923R0100
Source: https://sam.gov/opp/d992f61df4...
Follow
Q508--LOCUM-Onsite Hematology Oncology Physician Service-603
Active
Contract Opportunity
Notice ID
36C24923R0100
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 12, 2023 08:50 pm CST
  • Original Date Offers Due: Feb 27, 2023 10:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q508 - MEDICAL- HEMATOLOGY
  • NAICS Code:
    • 621111 - Offices of Physicians (except Mental Health Specialists)
  • Place of Performance:
    Department of Veterans Affairs Robley Rex Veterans Affairs Medical Center (VAMC) Louisville , KY 40206-1433
    USA
Description


Page 1 of
Page 1 of
Page 1 of
Page 1 of
THIS IS A COMBINED SYNOPSIS-SOLICITATION FOR COMMERCIAL ITEMS Prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, written proposals are being requested, and a written solicitation document will not be issued.

DOCUMENT TYPE: Combined Synopsis/Solicitation
SOLICITATION NUMBER: 36C24923R0100
POSTED DATE: 02/12/2023
RESPONSE DATE: 02/27/2023
SET-ASIDE: Unrestricted
NAICS Code: 621111 Offices of Physicians (except Mental Health Specialists)
PSC: Q508 Medical Hematology

DESCRIPTION: The Department of Veterans Affairs, Network Contracting Office 9, located at 1639 Medical Center Parkway, Suite 400, Murfreesboro, TN, 37129, hereby issues this combined synopsis/solicitation as a Request for Proposal (RFP). Interested parties are to submit a written proposals on RFP 36C24923R0100 to provide Onsite & On-call Hematology/Oncology Physician(s) Services at/for the Robley Rex VA Medical Center.

The Government requires that all Contractors doing business with this office be registered with the System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM, please access the following web site: https://www.sam.gov/ . Please ensure that the representations and certifications are completed to allow Contracting Officers to determine your business size and any additional socio-economic categories, if applicable.

In order to submit a proposal, all firms must have a Unique Entity Identifier (UEI). A UEI number may be acquired free of charge by accessing and registering on the SAM website above or by phone at (866) 606-8220.

The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2023-01, effective December 30, 2022. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://acquisition.gov/comp/far/index.html (FAR) and https://www.va.gov/oal/library/vaar/ (VAAR).

PLACE OF PERFORMANCE:
Robley Rex VA Medical Center
800 Zorn Ave.
Louisville, KY 40206-1433

PERIOD OF PERFORMANCE:
Base Period of One (1) Year 04/1/2023 THROUGH 03/31/2024

PERFORMANCE WORK STATEMENT:
(See ATTACHMENT D.1 HEMATOLOGY ONCOLOGY PERFORMANCE WORK STATEMENT)
All interested parties shall provide proposal for the following
SCHEDULE OF PRICING:

CLIN 0001 Represents Per Procedural Services
CLIN 0002 Represents On-call Phone Consult Services (See Descriptive Information below)
CLIN 0003 Represents Committee Attendance

The Contractor shall furnish all personnel to provide services necessary to perform Onsite & On-call Hematology/Oncology Physician Services to eligible beneficiaries of the Robley Rex Veterans Affairs Medical Center (hereinafter referred to as VAMC), located in Louisville, Kentucky. The Contractor s physician(s) care shall cover the range of Hematology/Oncology services as would be provided in a state-of-the-art civilian medical treatment facility and the standard of care shall be of a quality, meeting or exceeding currently recognized national standards as established by the American Society of Hematology American Society of Hematology - Hematology.org and the American Society of Oncology (ASN) ASCO Hub - American Society of Clinical Oncology

Pricing Instructions: The Offeror is instructed to edit the number of Sub-Line-Item Numbers (SLIN) to correspond with the number of key personnel submitted for the LIN. Other commercial health care Offerors shall identify by title/position or level of experience on the key personnel submitted. Also, renumber SLINs if adding or removing Key Personnel. For pricing purposes, the current CMS rates should be used for both inpatient and outpatient services. These rates shall not include the facility component as all services will be performed at the VA. The offeror is instructed to include all other than price and cost information supporting the proposed price as directed in Instructions to Offerors addendum to 52.212-1 and/or Section D-Contract Documents, Exhibits, or attachments, Other Than Cost and Pricing Information.

NOTE: On-call CLIN will be billed per agreed daily rate; and therefore, is not billed per CPT code. Committee/Conference attendance will be billed hourly with the maximum hours set at 132 Hours per year.

Descriptive Information for: On-call services are defined as being available at all times for phone consultations only with VA Staff Physicians. Follow-ups will be conducted the next available business day.

The basis of the contractor s proposed fixed percentage of Medicare rate will be used by the Government for future pricing of additional codes/procedures and for reimbursement under the contract. The basis of estimate used for your fixed price, i.e., the way that your price is calculated, shall remain the same throughout the life of the contract and may be validated by post award audits.

The Offeror shall complete the attached price schedule for on-site services at the Robley Rex, VA Medical Center. No CLINS or codes should be left blank. If for some reason a code on the schedule has expired or is for any other reason unusable, offerors shall annotate the Price per Code block with N/A or otherwise notate the replacement code.

At the end of each Specialty Area Section, the Offeror must enter a Percent of Medicare that the proposed price represents. The Percent of Medicare entry is extremely important since the award will be at that rate. Throughout contract administration, all codes reasonably considered to be included under the specialty areas will be considered in scope. The total extended price figure will be used only to determine the total estimated contract cost. The rationale for this approach is that codes and pricing change over time and an award based on Percent of Medicare Rates accounts for those changes. At the end of each CLIN, extended pricing for all cells will be totaled and entered the box entitled Est. Total Annual Price .

Indicate source for CMS rate proposed (Identify source and Internet link): Indicate the offeror s CMS practice expense (PE) designation for the rate proposed: (facility; non-facility; or VA facility):

For clarification:
Facility Rate (i.e. hospital)
Non-Facility Rate (i.e. Outpatient Clinic)
VA Facility Rate Should be utilized when work is performed at the VAMC because it excludes the Practice Expense (PE) RVU from the CPT Cost. The Practice Expense (PE) RVU represents the costs of maintaining a practice including rent, equipment, supplies and non-physician staff costs. The VA Facility Rate is the Work RVU and Malpractice (MP) RVU based on the appropriate locality.

The Offeror shall propose a minimum of four (4) key personnel to be credentialed and be available for scheduling to meet the requirements of the contract.

Period of Performance: One Year

LIN
CPT Code
Description
Est. Qty
Unit
CMS Unit Price
Est. Total Annual Price
0001

Board Certified /Board Eligible Hematology/Oncology Physician Services Inpatient and Outpatient (CPT rates to be used for inpatient and outpatient workload)


Â
98966
PHONE E/M PHYS/QHP 5-10 MIN
5
EA
Â
Â
Â
98967
PHONE E/M PHYS/QHP 11-20 MIN
1
EA
Â
Â
Â
99201
OFFICE O/P NEW LOW 1-14 MIN
3
EA
Â
Â
Â
99202
OFFICE O/P NEW LOW 15-29 MIN
30
EA
Â
Â
Â
99203
OFFICE O/P NEW LOW 30-44 MIN
26
EA
Â
Â
Â
99204
OFFICE O/P NEW MOD 45-59 MIN
87
EA
Â
Â
Â
99205
OFFICE O/P NEW MOD 60-74 MIN
10
EA
Â
Â
Â
99212
OFFICE O/P EST SF 10-19 MIN
82
EA
Â
Â
Â
99213
OFFICE O/P EST LOW 20-29 MIN
235
EA
Â
Â
Â
99214
OFFICE O/P EST MOD 30-39 MIN
1150
EA
Â
Â
Â
99215
OFFICE O/P EST HI 40-54 MIN
115
EA
Â
Â
Â
99241
PROB FOCUS OFFICE CONSULTATION
2
EA
Â
Â
Â
99242
EXPAND PROB FOCUS OFFICE CONSULTATION
4
EA
Â
Â
Â
99243
DETAILED OFFICE CONSULTATION
2
EA
Â
Â
Â
99244
MOD COMPLEX- OFFICE CONSULTATION
68
EA
Â
Â
Â
99245
HIGH COMPLEX- OFFICE CONSULTATION
27
EA
Â
Â
Â
99252
INITIAL INPATIENT CONSULTATION 21-40 MIN
3
EA
Â
Â
Â
99283
ED VISIT
1
EA
Â
Â
Â
99441
PHONE E/M PHYS/QHP 5-10 MIN
24
EA
Â
Â
Â
99442
PHONE E/M PHYS/QHP 11-20 MIN
30
EA
Â
Â
Â
99443
PHONE E/M PHYS/QHP 21-30 MIN
325
EA
Â
Â
LIN
SUB-LIN
Description
Est. Qty
Unit
Price Per Day
Est. Total Annual Price
0002
None
Board Certified /Board Eligible Hematology/Oncology Physician Services - On-Call (24 hours per day, 7 days per week, 365 days per year)
365
Days
KEY PERSONNEL


0002
AA
Board Certified /Board Eligible Hematology/Oncology Physician Services - On-Call (24 hours per day, 7 days per week, 365 days per year)
NAME: _ _________
TITLE: ___________________
LEVEL OF EXPERIENCE:______________
______
Days
$_____/day
$______
0002
AB
Board Certified /Board Eligible Hematology/Oncology Physician Services - On Call (24 hours per day, 7 days per week, 365 days per year)
NAME: _________________
TITLE: ____________________
LEVEL OF EXPERIENCE:______________
______
Days
$_____/day
$______
0002
AC
Board Certified /Board Eligible Hematology/Oncology Physician Services - On-Call (24 hours per day, 7 days per week, 365 days per year)
NAME:___ _______________
TITLE: ___________________
LEVEL OF EXPERIENCE: ______________
______
Days
$_____/day
$______
0002
AD
Board Certified /Board Eligible Hematology/Oncology Physician Services - On-Call (24 hours per day, 7 days per week, 365 days per year)
NAME: _ _________
TITLE: ___________________
LEVEL OF EXPERIENCE: ____________
______
Days
$_____/day
$______
LIN
SUB-LIN
Description
Est Qty
Unit
Price Per Hour
Est Total Annual Price



0003
None
Committee/Conference Attendance
132
Hours

KEY PERSONNEL


0003
AA
Committee/Conference Attendance
NAME: _______ _________

______
Hours
$____/hr.
$______
0003
AB
Committee/Conference Attendance
NAME: _______ _________

______
Hours
$____/hr.
$______
0003
AC
Committee/Conference Attendance
NAME: _ _________

______
Hours
$____/hr.
$______
0003
AD
Committee/Conference Attendance
NAME: _______ _________

______
Hours
$____/hr.
$______
TOTAL ESTIMATED FOR ONE YEAR:
$ _______________________________

NOTE: 52.217-8 Option to Extend Services is included as part of this solicitation and contract. The six month extension must be evaluated as a part of the Government s initial negotiation. Offerors are not required to submit pricing for clause 52.217-8. The prices offered for this period will be used for any extension exercised under FAR Clause 52.217-8.

AUTHORITY: This acquisition is being processed under the authority of FAR 13.5 Simplified Procedures for Certain Commercial Products and Commercial Services; therefore, it shall utilize simplified procedures for soliciting competition, evaluation, award documentation, and notification.

BASIS FOR AWARD: One award will be made to the offeror whose proposal represents the best solution to the Government s need considering price and non-price factors as listed in clause 52.212-2 Evaluation-Commercial Products and Commercial Services. Contract will be firm-fixed price by Contract Line Item Number (CLIN).

The Government may award a contract on the basis of initial proposal received, without discussions. Therefore, each initial proposal should contain the offeror s best terms from a price and technical standpoint. Instructions to offerors on price and technical proposal submissions are found under clause 52.212-1, Addendum to FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services.

CLAUSES: FAR Clauses 52.212-4 through 52.212-5 to include VAAR Clauses 852.204-70 through 852.242-71 applies to this procurement. For the exact text and wording of these clauses please see https://www.acquisition.gov .

PROVISION: FAR Provisions 52.212-1 through 52.212-3 to include VAAR Provisions 852.215-72 through 852.252-70 applies to this procurement. For the exact text and wording of these provision please see https://www.acquisition.gov .

SUPPLEMENTAL INSURANCE REQUIREMENTS
In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract:
Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.
General Liability: $500,000.00 per occurrences.
Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $50,000.00 property damage.
The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage.

852.237 70, Indemnification and Medical Liability Insurance. Liability insurance limits are $1 million per person and $3 million per occurrence.

FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (Nov 2021), applies to this acquisition.

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODCUTS AND COMMERCIAL SERVICES
This Request for Proposals (RFP) is issued in accordance with FAR Part 12 and in conjunction with Simplified Acquisition Procedures FAR Part 13. Comparative Evaluations of Technical Qualifications, Past Performance, and Price will be performed in accordance with procedures outlined in FAR subpart 13.106-2(b)(3). A single award Contract will be made to the offeror who s proposal is deemed the best as a whole to the Government. Furthermore, offerors are advised that the Government reserves the right to select a proposal that provides the best benefits to the government that exceeds the minimum, but is not required to do so.
The purpose of using comparative evaluation is to simplify the evaluation and selection process. In order to do this the Government will evaluate offers in sequence of receipt against all factors in the solicitation to identify if that offer is acceptable. The first offer that is deemed acceptable in providing the Government what it needs as outline in the solicitation will be used by the Government in comparison in a uniformed and fair manner side by side to the remaining ones, thereby rejecting those that are unacceptable resulting in the selection of the best one. However, the Government does reserve the right to first evaluate all offers for acceptability, then perform a comparative evaluation among those that are acceptable to determine the best one.

PLEASE PROVIDE THE FOLLOWING TO OLONZO HAYNES, CONTRACT SPECIALIST AT Olonzo.Haynes@va.gov.
Complete and return Contractor s Contract Administration Data below.
Complete and return Schedule of Pricing.
Complete and return all attachments. (D.1 through D.7)
Complete and return provision 52-212-3 with proposal.
Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online through www.sam.gov
Proposal Content: Your proposal shall be separated into three (3) distinct sections corresponding to the three evaluation factors: Technical, Past/Present Performance and Price, as noted below.
Submission Instructions:
PROPOSAL DUE DATE: Proposals are due no later than 10:00 A.M., Central Time, Monday, February 27, 2023. Proposals shall be emailed directly to Olonzo.Haynes@va.gov. It is the responsibility of the offeror to follow-up and ensure the proposal was received electronically. Submit proposals as one file in a searchable Adobe (.pdf) as the preferred format. File size should be no more than 10 megabytes. If more than one file is required, please indicate how many attachments are included and number of emails being sent (ex. Email 1 of 5, contains 3 Attachments).
Proposal shall not be FAXED.
Offerors shall return the entire solicitation fully intact.
Schedule of Pricing: Offerors are reminded that pricing schedules are necessary for the base period. Price proposals should be separate and distinct from the technical proposal.
QUESTIONS regarding this solicitation must be submitted to the Contract Specialist in writing by email to Olonzo.Haynes@va.gov no later than 10:00 A.M., Central Time, Thursday, February 16, 2023.
The offeror shall bear all costs associated with the preparation and submission of the proposal. The Veterans Affairs will in no case be responsible or liable for the cost incurred by the offeror, regardless of the outcome of the selection process.
The Government reserves the right to make award without discussions. The Government also reserves the right to make no award.

(End of Addendum to 52.212-1)

FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (Nov 2021), applies to this acquisition.

ADDENDUM to FAR 52.212-2 EVALUATION--COMMERCIAL PRODCUTS AND COMMERCIAL SERVICES

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

FACTOR 1: TECHNICAL:
In support of the requirements contained in the Performance Work Statement (PWS), Attachment 1, offerors are instructed to provide the following documentation for evaluation:
Company background including number of years of experience your company possesses providing these services and how they propose to meet the requirements as stated in the Performance Work Statement.
Listing of all current licenses/certifications of offeror organization e.g., Joint Commission, etc., if applicable
Copies of all current licenses/certifications of proposed service physician (i.e. Basic Life Support; Advanced Life Support; etc.)
Minimum qualifications and continuing education requirements for each physician submitted for performance under this contract
Copies of Curriculum Vitae (CV) or resume of each service physician submitted for performance under this contract
Evidence of Malpractice Insurance for all technicians submitted for performance under this contract
Information on malpractice claims, terminations or suspension of privileges filed or imposed in the last five (5) years for all service physician proposed for performance under this contract. If applicable, submit copies of claims and disposition of each. If none, so state/certify in your submittal. Failure to provide requested documentation may disqualify offer from consideration.
Certification Memo that all contractor employees that will have access to VA sensitive information have successfully undergone employee screening/background checks as a condition of employment
Availability / number of days after contract award for full implementation including availability of all VA-approved contractor physician.

FACTOR 2: PAST PERFORMANCE
Offerors will be evaluated on their record of Past Performance in accordance with FAR Part 15.305. Past performance information is one indicator of an offeror s ability to perform the contract successfully. The currency and relevance of the information, source of the information, context of the data, and general trends in contractor s performance shall be considered. The Government may use Contractor Performance Assessment Reporting System (CPARS), information in the offeror s proposal, and information obtained from other sources.

Past performance will be evaluated as outstanding, satisfactory or unsatisfactory . In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.

Offerors are reminded to provide the Past Performance Survey (Attachment D.7) to three (3) Business References who have first-hand knowledge of performance relative to the same type of services required for this requirement, dates of contract performance, and total contract amount. Your business references should send this form to Olonzo Haynes, Contracts Specialist, at Olonzo.Haynes@va.gov, no later than February 27, 2023 at 10:00 A.M. Central Time.

FACTOR 3: PRICE
(a) Price will be evaluated on the basis of its reasonableness and accuracy to the Government. The offeror shall submit its best terms for the SCHEDULE OF PRICING. Acknowledge any and all amendments to the solicitation.

(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of Provision)

Page 1 of

Page 1 of
CONTRACT ADMINISTRATION DATA

1. CONTRACT ADMINISTRATION: All contract administration matters will be handled by the following individuals:

a. CONTRACTOR:
Company Name: ____________________________________
Contact Person: ____________________________________
Title: ____________________________________
Address: ____________________________________
City/State/Zip: ____________________________________
Phone: ____________________________________
Fax: ____________________________________
E-Mail: ____________________________________
Tax ID No.: ____________________________________
UEI No.: ____________________________________

b. GOVERNMENT:
Olonzo Haynes, Contracting Officer
Department of Veterans Affairs
Network Contracting Office 9 NCO 9
1639 Medical Center Parkway, Suite 400
Murfreesboro, TN 37129-2573
Phone: (615) 225-6959
Overnight Mailing Address: Same as above
E-Mail: Olonzo.Haynes@va.gov

i. The Contractor is advised that only the Contracting officer, acting within the scope of the contract and his/her duties and responsibilities has the authority to make changes which effect contract prices, quality, quantity, delivery terms and conditions, or the term of the contract.

ii. In no event shall any understanding or agreement, modification, change order, or other matters in deviation from the terms of this contract between Contractor and a person other than the Contracting Officer, be effective or binding upon the Government. All such actions must be formalized by the proper contractual document executed by the Contracting Officer.

iii. CONTRACTING OFFICER S REPRESENTATIVE: Prior to contract award, the Contracting Officer will delegate a Lexington VA Medical Center employee as COR for this contract. All work coordination shall be made through the COR. The Contractor shall be provided a copy of the letter of delegation authorizing the COR at the commencement of the term of this agreement. No other person shall be authorized to act in such capacity unless appointed in writing by the Contracting Officer.

2. CONTRACTOR REMITTANCE ADDRESS: All payments by the government to the contractor shall be made in accordance with:
[X] 52.232-33, Payment by Electronic Funds Transfer-System for Award management, or
[] 52.232-36, Payment by Third Party

3. INVOICES: Invoices shall be submitted in arrears:
a. Quarterly []
b. Semi-Annually []
c. Other [X] Monthly

4. GOVERNMENT INVOICE ADDRESS: Invoicing shall be in accordance with the requirements of The Department of Veterans Affairs (VA) Financial Services Center (VAFSC). The latest information shall be used for invoicing and payments and may change during the Period of Performance of this acquisition. Current invoicing information is located at http://www.fsc.va.gov/einvoice.asp.

5. ACKNOWLEDGEMENT OF AMNEDMENTS: The Offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:

AMENDMENT NO.
DATE


Post Award Conferences: The Contracting Officer will schedule a post award orientation for contract orientation purposes as required by VA Acquisition Manual, Part M842.502-70.

Secure Fax: This fax is intended only for the use of the person or office to which it is addressed and may contain information that is privileged, confidential, or protected by law. All others are hereby notified that the receipt of this fax does not waive any applicable privilege or exemption for disclosure and that any dissemination, distribution, or copying of this communication is prohibited. If you have received this fax in error, please notify this office immediately at the telephone number listed above.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 12, 2023 08:50 pm CSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >